Loading...
HomeMy WebLinkAboutC2008-206 - 6/10/2008 - Approved2008-206 M2008-139 06/10/08 Big State Excavation City of Coqus Christi ADDENDUM NO. 1 April 18, 2008 TO: ALL PROSPECTIVE BIDDERS SUBJECT: WOOD RIVER LIFT STATION UPGRADES & FORCE MAIN EXTENSION PROJECT NO. 7148 Prospective bidders are hereby notified of the following modifications to the contract documents. These modifications shall become a part of the contract documents. The provisions of the contract documents not specifically affected by the Addendum shall remain unchanged. I. NOTICE TO BIDDERS AND PART A - SPECIAL PROVISIONS A. PARAGRAPH A -1. TIME AND PLACE OF RECEIVING PROPOSALS /PRE -BID MEETING 1. BID DATE CHANGE Prospective Bidders are hereby advised that the scheduled Bid Opening date has been postponed one (1) week, fmm Wednesday, ADrii 23. 2008 at 2:00 a.m. to Wednesday April 30.2008 at 2:00 p.m. Please acknowledge receipt of this addendum in the appropriate place in your Proposal Form. END OF ADDENDUM NO. 1 D E/ (g /J!1' KEVIN STOWERS Interim Director of Engineering Services ADDENDUM NO. 1 Page 1 of 1 SPECIAL PROVISIONS SPECIFICATIONS AND FORMS OF CONTRACTS AND BONDS FOR WOOD RIVER LIFT STATION UPGRADES AND FORCE MAIN EXTENSION 10A Prepared by: SHINER MOSELEY 555 N. Carancahua, Suite 1650 Corpus Christi, Texas 78478 Phone: 361/857 -2211 Fax: 361/857 -7234 City of Corpus Christi WASTEWATER DEPARTMENT Phone: 361/826 -1800 March 2008 PROJECT NO: 7148 1 DRAWING NO:. STL 154 1 07234 - 22822 -211 et • *• ... • if SCOTT M. HARRIS i / l'�. . 99261 S i J� 4 (Revised 7/5/00) WOOD RIVER LIFT STATION UPGRADES AND FORCE MAIN EXTENSION PROJECT NO. 7148 Table of Contents NOTICE TO BIDDERS (Revised 7/5/00) NOTICE TO CONTRACTORS - A (Revised Sept. 2000) Insurance Requirements NOTICE TO CONTRACTORS - B (Revised 7/5/00) Worker's Compensation Coverage For Building or Construction Projects For Government Entities PART A - SPECIAL PROVISIONS A -1 Time and Place of Receiving Proposals /Pre -Bid Meeting A -2 Definitions and Abbreviations A -3 Description of Project A -4 Method of Award A -5 Items to be submitted with Proposal A -6 Time of Completion /Liquidated Damages A -7 Workers Compensation Insurance Coverage A -8 Faxed Proposals A -9 Acknowledgment of Addenda A -10 Wage Rates (Revised 7/5/00) A -11 Cooperation with Public Agencies (Revised 7/5/00) A -12 Maintenance of Services A -13 Area Access and Traffic Control A -14 Construction Equipment Spillage and Tracking A -15 Excavation and Removals A -16 Disposal /Salvage of Materials A 17 Field Office NOT USED A -18 Schedule and Sequence of Construction A -19 Construction Staking A -20 Testing and Certification A -21 Project Signs A -22 Minority /Minority Business Enterprise Participation Policy (Revised 10/98) A -23 Inspection Required (Revised 7/5/00) A -24 Surety Bonds NO LONGER APPLICABLE (6/11/98) A -26 Supplemental Insurance Requirements A -27 Responsibility for Damage Claims A -28 Considerations for Contract Award and Execution A -29 Contractor's Field Administration Staff A -30 Amended "Consideration of Contract" Requirements A -31 Amended Policy on Extra Work and Change Orders A -32 Amended "Execution of Contract" Requirements A -33 Conditions of Work A -34 Precedence of Contract Documents A 35 City Water Facilitico Special Rcquircmcnto NOT USED A -36 Other Submittals (Revised 9%18/00) 1 NOT USED A -38 Worker's Compensation Coverage for Building or Construction Projects for Government Entities A -39 Certificate of Occupancy and Final Acceptance A -40 Amendment to Section B -8 -6: Partial Estimates A 11 Ozone Advioory NOT USED A -42 OSHA Rules & Regulations A -43 Amended Indemnification & Hold Harmless (9/98) A -44 Change Orders (4/26/99) A -45 As -Built Dimensions and Drawings (7/5/00) A 16 Disposal of Highly Chlorinatcd Watcr (7/5/00) NOT USED A -47 Pre - Construction Exploratory Excavations (7/5/00) A -48 Overhead Electrical Wires (7/5/00) A -49 Amend "Maintenance Guaranty" (8/24/00) A -50 Re- Routing of Traffic During Construction A -51 Amended Prosecution and Progress PART B - GENERAL PROVISIONS PART C - FEDERAL WAGE RATES AND REQUIREMENTS PART S - STANDARD SPECIFICATIONS 021020 Site Clearing & Stripping 021040 Site Grading 021080 Removing Old Structures 022020 Excavation & Backfill for Utilities & Sewers 022022 Trench Safety for Excavations 022100 Select Material 022420 Silt Fence 023020 Jacking, Boring, Tunneling 025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement 025220 Flexible Base - Caliche 025412 Prime Coat 025424 Hot Mix Asphalt Concrete Pavement 025610 Concrete Curb & Gutter 025612 Concrete Sidewalks & Driveways 025802 Temporary Traffic Controls During Construction 026202 Hydrostatic Testing of Pressure Systems 026210 PVC Pipe for Waterlines & Sanitary Force Mains AWWA C900/C905 026214 Grouting Abandoned Utility Lines 026602 Sanitary Sewer Force Mains 026604 Air Release Valves for Wastewater 027203 Vacuum Testing of Sanitary Sewer Manhole and Structures 027205 Fiberglass Manholes 028060 Landscape Planting 028300 Fences Relocation 028370 Barbed,Wire Fence 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures 055420 Frames, Grates, Rings and Covers 099020 Painting 151010 Gate Valves 151620 Submersible Pumps for Wastewater PART T - TECHNICAL SPECIFICATIONS 01011 Equipment Documentation Requirements 02205 Environmental Protection 02827 Chain Driven Slide Gate Operator 02830 Standard Gate 13900 SCADA System 13980 Pump Control Panels 2 15064 High- Density Polyethylene (HDPE) Piping Systems 15070 Fusible C- 900"', Fusible C -9050 and FPVCW for Sanitary Sewer Mains (S -69) 15101 Mix Flush Valves for Submersible Wastewater Pumps 15730 Wall Mount Air Conditioners 15885 Odor Reduction System 16010 Electrical General Requirements 16170 Grounding and Bonding 16235 Engine Generator Systems 16402 Electrical Wiring Systems 16421 Utility Service Entrance 16441 Panelboards 16443 Motor Control Center 16460 Dry -type Transformers 16496 Automatic Transfer Switches 16920 Packaged Control Room (PCR) 16980 Level Transmitter 16990 Ultrasonic Flow Measuring Equipment LIST OF DRAWINGS NOTICE AGREEMENT PROPOSAL /DISCLOSURE STATEMENT PERFORMANCE BOND PAYMENT BOND 3 NOTICE TO BIDDERS NOTICE TO BIDDERS Sealed proposals, addressed to the City of Corpus Christi, Texas for: WOOD RIVER LIFT STATION UPGRADES AND FORCE MAIN EXTENSION: The project consists of two (2) base bids (A&B), and one additive alternate bid. Base Bid A includes proposed improvements to the Wood River Lift Station: demolition of the existing lift station, removal and replacement of three submersible wastewater pumps, installation of three mixed flush valves, upgrade of the pump station electrical system and controls and addition of a modular odor control system. Base Bid B consists of a 12,850 LF PVC sanitary sewer force main extension which includes installation of steel casings by dry -bore method under three major roadways, installation of air release valves, and grouting and /or abandoning the existing force main plus additive alternate 1 which consists of using HDPE pipe for the force main in lieu of PVC. The scope of all base bids and the alternate bid item includes all appurtenances and associated work in accordance with the plans, specifications, and contract documents; will be received at the office of the City Secretary until 2:00 p.m. on Wednesday, April 23, 2008, and then publicly opened and read. Any bid received after closing time will be returned unopened. 16 A pre -bid meeting is scheduled for 10:00 am, Wednesday, April 16, 2008. The location of the meeting will be the Engineering Services Main Conference Room, Third floor, City Hall, 1201 Leopard Street, Corpus Christi, Texas. The pre -bid meeting will be conducted by the City, and will include a discussion of the project scope. A bid bond in the amount of 5% of the highest amount bid must accompany each proposal. Failure to provide the bid bond will constitute a non - responsive proposal which will not be considered. Failure to provide required performance and payment bonds for contracts over $25,000.00 will result in forfeiture of the 5% bid bond to the City as liquidated damages. Bidder's plan deposit is subject to mandatory forfeiture to the City if bidding documents are not returned to the City within two weeks of receipt of bids. Plans, proposal forms, specifications and contract documents may be procured from the City Engineer upon a deposit of Fifty and no /100 Dollars ($50.00) as a guarantee of their return in good condition within two weeks of bid date. Documents can be obtained by mail upon receipt of an additional ($10.00) which is a non - refundable postage /handling charge. The bidder is hereby notified that the owner has ascertained the wage rates which prevail in the locality in which this work is to be done and that such wage scale is set out in the contract documents obtainable at the office of the City Engineer and the Contractor shall pay not less than the wage rates so shown for each craft or type of "laborer," "workman," or "mechanic" employed on this project. The City reserves the right to reject any or all bids, to waive irregularities and to accept the bid which, in the City's opinion, seems most advantageous to the City and in the best interest of the public. CITY OF CORPUS CHRISTI, TEXAS /s/ Kevin Stowers Interim Director of Engineering Services /s/ Armando Chapa City Secretary Revised 7/5/00 NOTICE TO CONTRACTORS - A NOTICE TO CONTRACTORS - A INSURANCE REQUIREMENTS Revised May, 2006 A Certificate of Insurance indicating proof of coverage in the following amounts is required: TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30 -Day Notice of Cancellation required on all certificates Bodily Injury and Property Damage OMfos , --$ "'n101110$ Commercial General Liability including: 1. Commercial Form 2. Premises - Operations 3. Explosion and Collapse Hazard 4. Underground Hazard 5. Products/ Completed Operations Hazard 7. Broad Form Property Damage 8. Independent Contractors 9. Personal Injury $2,000,000 COMBINED SINGLE LIMIT AUTOMOBILE LIABILITY - -OWNED NON -OWNED OR RENTED $1,000,000 COMBINED SINGLE LIMIT WORKERS' COMPENSATION EMPLOYERS' LIABILITY WHICH COMPLIES WITH THE TEXAS WORKERS' COMPENSATION ACT AND PARAGRAPH II OF THIS EXHIBIT $100,000 EXCESS LIABILITY $1,000,000 COMBINED SINGLE LIMIT PROFESSIONAL POLLUTION LIABILITY/ ENVIRONMENTAL IMPAIRMENT COVERAGE Not limited to sudden & accidental discharge; to include long -term environmental impact for the disposal of contaminants $2,000,000 COMBINED SINGLE LIMIT ❑ REQUIRED X , NOT REQUIRED BUILDERS' RISK See Section B -6 -11 and Supplemental Insurance Requirements ❑ REQUIRED X NOT REQUIRED INSTALLATION FLOATER $100,000 Combined Single Limit See Section B -6 -11 and Supplemental Insurance Requirements X REQUIRED ❑ NOT REQUIRED Page 1 of 2 ❑ The City of Corpus Christi must be named as an additional insured on all coverages except worker's compensation liability coverage. ❑ The name of the Project must be listed under "description of operations" on each certificate of insurance. ❑ For each insurance coverage, the Contractor shall obtain an endorsement applicable insurance policy, signed by the insurer, mg: .,,.uMaChte. xz�b:3''ileli�an',k�9te, _ bg-a�P The Contractor shall provide to the City the other endorsements to insurance policies or coverages which are specified in section B -6 -11 or Special Provisions section of the contract. to the A completed "Disclosure of Interest" must be submitted with your proposal. Should you have any questions regarding insurance requirements, please contact the Contract Administrator at 880 -3500. Page 2 of 2 NOTICE TO CONTRACTORS - B NOTICE TO CONTRACTORS - B WORKER'S COMPENSATION COVERAGE FOR BUILDING OR CONSTRUCTION PROJECTS FOR GOVERNMENT ENTITIES Texas law requires that most contractors, subcontractors, and others providing work or services for a City building cr construction project must be covered by worker's compensation insurance, authorized self- insurance, or an approved worker's compensation coverage agreement. Even if Texas law does not require a contractor, subcontractor or others performing project services (including deliveries to the job site) to provide 1 of the 3 forms of worker's compensation coverage, the City will require such coverage for all individuals providing work or services on this Project at any time, including during the maintenance guaranty period. Motor carriers which are required to register with the Texas Department of Transportation under Texas Civil statutes Article 6675c, and which provide accidental insurance coverage under Texas Civil Statutes Article 6675c, Section 4(j) need not provide 1 of the 3 forms of worker's compensation coverage. The Contractor agrees to comply with all applicable provisions of Texas Administrative Code Title 28, Section 110.110, a copy of which is attached and deemed incorporated into the project contract. Please note that under section 110.110: 1. certain language must be included in the Contractor's Contract with the City and the Contractor's contracts with subcontractors and others providing services for the Project; 2. the Contractor is required to submit to the City certificates of coverage for its employees and for all subcontractors and others providing services on the Project. The Contractor is required to obtain and submit updated certificates showing extension of coverage during the Project; and 3 the Contractor is required to post the required notice at the job site. By signing this Contract, the Contractor certifies that it will timely comply with these Notice to Contractors "B" requirements. NOTICE TO CONTRACTORS - 8 (Revise° 1/13/98) Page 1 of 7 8/7/9& 31C 1 C: 0 Title 28. LNSUR.ANCL Part II. TEXAS WORKERS' COMPENSATION COMMISSION Chapter 110. REQUIRED NOTICES OF COVERAGE Subchapter B. EMPLOYER NOTICES § 110.110 Reporting Requirements for Building or Construction Projects for Governmental Entities (a) The following words and terms, when used in this rule, shall have the following meanings, unless the context clearly indicates otherwise. Terms not defined in this rule shall have the meaning defined in the Texas Labor Code, if so defined. (1) Certificate of coverage (certificate )—A copy of a certificate of insurance, a .certificate of authority to self- insure issued by the commission, or a workers' compensation coverage agreement (TWCC -81, TWCC-32, TWCC -83, or TWCC -84), showing statutory workers' compensation insurance coverage for the person's or entity's employees (including those subject to a coverage agreement) providing services on a project, for the duration of the project. (2) Building or construction —Has the meaning defined in the Texas Labor Code, § 406.096(e)(1). (3) Contractor —A person bidding for or awarded a building or construction project by a governmental entity. (4) Coverage— Workers' compensation insurance meeting the statutory requirements of the Texas Labor Code, § 401.011(44). (5) Coverage agreement —A written agreement on form TWCC -81, form TWCC -82, form TWCC -83, or form TWCC -84, filed with the Texas Workers' Compensation Commission which establishes a relationship between the parties for purposes of the Texas Workers' Compensation Act, pursuant to the Texas Labor Code, Chapter 406, Subchapters F and G, as one of employer /employee and establishes who will be responsible for providing workers' compensation coverage for persons providing services on the project. (6) Duration of the project— Includes the time from the beginning of work on the project until the work on the project has been completed and accepted by the governmental entity. (7) Persons providing services on the project ( "subcontractor" i:. § 406.096 of the Act)—With the exception of persons excluded under subsections (h) and (i) of this section, includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees. This includes but is not limited to independent contractors, subcontractors. leasing companies, motor carriers, owner - operators, employees of any such entity, or employees of any entity fiirrtishing persons to perform services on the project. "Services" includes but is not limited NOTICE TO CONTRACTORS - - Revised 1/13/98) Page 2 of 7 http: / /www. ses.state r... us/tac/28/11/ 110/13/110. 110.hunl 8/7/98 28T..C117.,.. Page 2ci5 to prc ::cir_. hauling, or delivering equipment or materials. or crosiding labor, transoonz:ion. or other service related to a project. "Services" does not include activities unrelated to the project, such as food:bevera =e vendors, cacc supply deliveries, and delivery of sortable toilets. (8) Prciec: —_ cludes the provision of all services related to a building or construction contact for a • - govern men :2 entity. (b) Providing or causing to be provided a certificate of coverage pursuant to this rule is a representation by the insured that all employees of the insured who are providing services on the project are covered by workers' compensation coverage, that the coverage is based on proper reporting of classification codes and payroll amounts, and that all coverage agreements have been filed with the appropriate insurance carrier or, in the case of a self - insured, with the commission's Division of Self-Insurance Regulation Providing false or misleading certificates of coverage, or failing to provide or maintain required coverage, or failing to report any change that materially affects the provision of coverage may subject the contractor or other person providing services on the project to administrative penalties, criminal penalties, civil penaities,•or other civil actions. (c) A governmental entity that enters into a building or construction contract on a project shall: (1) inciude in the bid specifications, all the provisions of paragraph (7) of this subsection., using the language required by paragraph (7) of this subsection; (2) as part of the contract, using the language required by paragraph (7) of this subsection, require the contractor to perform as required in subsection (d) of this section; (3) obtain from the contractor a certificate of coverage for each person providing services on the project, prior to that person beginning work on the project; (4) obtain from the contractor a new certificate of coverage showing extension of coverage: (A) before the end of the current coverage period, if the contractor's current certificate of coverage shows that the coverage period ends during the duration of the project; and (B) no later than seven days after the expiration of the coverage for each other person providing services on the project whose current certificate shows that the coverage period ends during the duration of the project; (5) retain certificates of coverage on file for the duration of the project and for three years thereafter, (6) provide a copy of the certificates of coverage to the commission upon request and to any person entitled to them by law; and (7) use the language contained in the following Figure 1 for bid specifications and contracts, without any additional words or changes, except those required to accommodate the specific document in which they are contained or to impose stricter standards of documentation: T28S110.110(c)(7) tbi http: / /www. sos.state.tx.us/tac'28/1I/110/8/110.110.html NOTICE TO CONTRACTORS - 3 Revised 1 /13 /9B) Page 3 of 7 • 8/7/98 -s TAC 110.110 Page of :) A contractor shah: (1) provide coverage for its employees providing services on a project, fc: the duration of the project based on proper reporting of classification codes and payroll amounts and fag of any coverage agreements; (2) provide a certificate of coverage showing workers' compensation coverage to the governmental entity prior to beginning work on the project; (3) provide the governmental entity, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the contractor's current cenificate of coverage ends during the duration of the project; (4) obtain from each person providing services on a project, and provide to the governmental entity: (A) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project; and (3) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mail or personal delivery, within ten days after the contractor knew or should have lmown, of any change that materially affects the provision of coverage of any person providing services on the project; (7) post a notice on each project site informing all persons providing services on the project that they are required to be covered, and stating how a person tray verify current coverage and report failure to provide coverage. This notice does not satisfy other posting requirements imposed by the Act or other commission rules. This notice must be printed with a title in at least 30 paint bold type and text in at least 19 point normal type, and shall be in both English and Spanish and any other language common to the worker population. The text for the notices shall be the following text provided by the commission on the sample notice, without any additional words or changes: REQUIRED WORKERS' COMPENSATION COVERAGE "The law requires that each person working on this site or providing services related to this construction project must be covered by workers' compensation insurance. This includes persons providing, hauling, or delivering equipment or materials, or providing labor or transportation or other service related to the project, regardless of the identity of their employer or status as an employee." "Call the Texas Workers' Compensation Commission at 512 -440 -3789 to receive information on the legal requirement for coverage, to verify whether your employer has provided the required coverage, or to report an employer's failure to provide coverage." http://www.sos.state.tx.usitac/28/11/110/13/110.110.html NOTICE TO CONTRACTORS - 9 Revised 1/13/9B) Page 4 of 7 8/7/98 PARTC. CURRENT WAGE RATES AND REQUIlREMENTS General Decision Number: TX080037 02/08/2008 TX37 Superseded General Decision Number: TX20070039 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Modification Number Publication Date 0 02/08/2008 * S0TX1987 -001 12/01/1987 Rates Carpenter (Excluding Form Setting) $ 9.05 Concrete Finisher $ 7.56 Electrician $ 13.37 Laborers: - Common - $ 5.85 Utility $ 7.68 Power equipment operators: Backhoe $ 9.21 Motor Grader $ 8.72 Fringes 2.58 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labot 200 Constitution Avenue, N W Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor - 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION A G R E E M E N T THE STATE OF TEXAS § COUNTY OF NUECES § THIS AGREEMENT is entered into this 10TH day of MAY , 2008, by and between the CITY OF CORPUS CHRISTI of the County of Nueces, State of Texas, acting through its duly authorized City Manager, termed in the Contract Documents as "City," and Big State Excavation, Inc. termed in the Contract Documents as "Contractor," upon these terms, performable in Nueces County, Texas: In consideration of the payment of $1,372,420.00 by City and other obligations of City as set out herein, Contractor will construct and complete certain improvements described as follows: WOOD RIVER LIFT STATION UPGRADES AND FORCE MAIN EXTENSION PROJECT NO. 7148 (TOTAL BASE BID `B': $1,372,420.00) according to the attached Plans and Specifications in a good and workmanlike manner for the prices and conditions set out in their attached bid proposal supplying at their expense such materials, . services, labor and insurance as required by the attached Contract Documents, including overseeing the entire job. The Contract Documents include this Agreement, the bid proposal and instructions, plans and specifications, including all maps, plats, blueprints, and other drawings, the Performance and Payment bonds, addenda, and related documents all of which constitute the contract for this project and are made a part hereof. Agreement Page 1 of 2 11 BID QTY & ITEM UNIT Al A2 1 LS 1 LS BASE BID PART A- WOOD RIVER LIFT STATION UPGRADE 111 DESCRIPTION Demolition of existing lift station, per Lumq Sum. Site Grading, per Lump Sum. IV UNIT PRICE IN FIGURES $ V BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) 2:20oa .00 $ 5000 . o0 A3 A4 A5 152 SY 1 LS 140 LF 1 A6 LS 1-1/2" HMAC Asphalt Paving, complete in place. per Square Yard. Landscaping, complete in place, per Lump Sum. Construction of 8' HIGH CONCRETE PANEL FENCE, complete in place, per Linear Feet. Lift Station Electrical to include conduit, wiring, motor control center, PCR Building, pump controls and instrumentation, complete in place, per LUMP Surn. $195 000 se .3e, 00.00 $ 4ocO, Do $ 1- 4o0.00 5)0o0.0o A7 1 LS SCADA System to include panel installation, antenna associated PLC and HMI programming, complete in place, per Each. $5l0:0 liD $ 5'1 000. oo A8 1 LS Access Control / Security System including gate, gate operator, and card reader, complete in place, per LumD Sum. 30 vop 3 0000, 00 A9 Al 0 1 EA 1 EA Back -up Generator, complete in place, per . Each. Electrical Transformer, complete in place, per Each. $ Do L 000o.00 $ 0.0o M1 Al2 1 LS 3 EA Ultrasonic Flow Measuring Equipment including manhole, meter sensor, meter and conduit, complete in place, per Each. Submersible Wastewater Pump, complete in place, per Each. $ VI )0 ooe $1',2v o $ t000, oo Ala 3 EA Mixed Flush Valve, complete in place, per Each. REVISED PROPOSAL FORM Page 3 of 9 $Z,$oO re $ b400. 00 I ADDENDUM NO, 3 Attachment 6 I II III IV V V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM E NSION (QTY X U PRICE IN URES) -. A14 1 LS Control of Wastewater Flows including bypass pumping operations, flow rerouting, and maintenance of wastewater flows, per LumD Sum. n • • • $ 1 be5Op , ©0 B2 A15 LS Modular Odor Control System Insta d including concrete slab and ex u complete in place, per Lum $ ��ge $moo 00 B3 A16 1 LS Site Piping, incl ding s i n < •ing along with supports, boll s, wat- • , and drain lines installed lete in - -ce, per Lump Sum. � $ �5 � $ 16000.00 B4 A17 1 LS Ele ' - fork for Odor Control System incl din. - ectrical components and wiring inst -d, complete in place, per Lump Sum. ego $ 50 () $ 5000. OO 2 A18 LS Allowance for electrical service and coordination with Nueces Electrical Cooperative to include all costs to be paid to provide electrical service upgrade, per Lump Sum. $7.500.00, $7.500.00 ADDENDUM NO. 3 t achment 6 TOTAL BASE BID A (Items Al through Al$) : BASE BID PART B - WOOD RIVER FORCE MIN EXTENSION I II III IV V BID j ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) B1 LS Mobilization, Demobilization, and Bonds, per Lump Sum. $2ZOpp025 $ -2.2.0000. 00 B2 1 LS Pre - construction exploratory excavations, per Lump Sum. $ 2-0 oCC« _fle $ 20000.00 B3 12,850 LF 16" PVC Sanitary Sewer Force Main, complete in place, per Linear Foot. � $ 42?- $ S 3G% 10b , G O B4 Air Release Valve, complete in place, per Each. $ AO vO $ ---41 O 85 2 FRP Manhole, complete in place, per Each. $ CIECO 12 $ 1 c1000, 00 REVISED PROPOSAL FORM Page 4 of 9 ADDENDUM NO. 3 t achment 6 I II III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGUU RR ES) , B6 LF Installation of 30" Steel Casing beneath FM 624 by dry- boring method, complete in place, per Linear Foot. — $ �° ' 04 $ 17-51000 X 0 0 B7 191 LF Installation of 30" Steel Casing beneath CR 69 bydry- boring method, complete in place, per Linear Foot. $ Soo"~ $ cM500 , o o B8 2F � Installation of 30" Steel Casing beneath US77 by dry - boring method, complete in place, per Linear Foot. $ 92 500 $ Z SAD. 00 �b B9 LS Installation of 16 "xlB "x10" TEE, including 10" Plug Valve, 6 LF of 10" FM, complete in place, per Lump Sum. $ 50 $ sem Do B10 LF 8" PVC Sanitary Sewer (adjacent to FM at Hearn Road), complete in place, per Linear $ 150 $ 4 ,00 Feet. B11 2 EA Rehabilitation of Sanitary Sewer Manhole, complete in place, per Each. $ (, g00 $ 1-2.17413. Co B12 3560 Grout Existing 8" Sanitary Sewer Force Main outside the TXDOT ROW, complete in place, per Linear Foot $ - $ 1121200 B13 2400 LF Remove Existing 8" Sanitary Sewer Force Main, inside the TXDOT ROW, complete in place, per Linear Foot. $ c'M $ 1. 444p, 00 B14 LF Remove Existing 24" VCP Sanitary Sewer from STA 126 +00 to 128 +50, complete in place, per Linear Feet. $ 1..a. 22. $ 5'500. co B15 12$50 LF Trench Safety for Excavations, per Linear Foot. $ 16. $ t 2.650, 00 B16 Trench Safety for Manholes, per Each. $ 50 $ ,app p B17 `S Traffic Control Measures, per Lump Sum. $ 1� ppgp 22 $p OM 00 B78 200 SY Miscellaneous Driveway Repair and Replacement, per Square Yard. o $ �,(;��' $ 400Q2.00 r B19 1 LS Allowance for relocation of utilities, complete in place, per Lump Sum. 535,000.90 $35.000.00 TOTAL BASE BID B (Items B1 through B19): Additive Alternative 1 REVISED PROPOSAL PORM Page 5 of 9 $. 11322. ,4Z0 Coo ADDENDUM NO. 3 Attachment 6 BID ITEM QTY & UNIT D SCRI E IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) , in lieu of 16" PVC provide 16" anitary Sewer Force Main, complete in place, per Linear Foot. $ 2.5 c° 321, 250.00 TOTAL ADDITIVE ALTERNATE 1 (Item AA -1): SEPARATE CONTRACTS: BID SUMMARY $. 3 z ►) 25o oO BASE BID B: (ITEMS B1 through B19): SINGLE CONTRACT: BASE BID A + BASE ® � (CO BASE BID B + ADD ALT 1: (COMBINED) $_,Z] 627 __ 2 VO *SPECIAL NOTES TO BIDDERS: 1. Bidder is notified that work for the following bid items may not be required and is NOT authorized until a separate notice to proceed is given by the City for each of the following bid items as required. A18- Allowance for electrical service and coord w/ Nusces Elect Coop B19- Allowance for relocation of utilities There shall be no payment for any work completed on these items prior to the City issuing authorization for that bid item. Also, unit prices provided in the proposal are for allowances and the actual payment shall be based on the scope of work agreed upon between the Contractor and the City prior to work authorizations o f the bid item in question. The undersigned hereby declares that he has visited and has carefully examined the plans, specifications and documents relating to the work covered by his bid or bids, agrees to do the work, and that no representations made by the REVISED PROPOSAL FORM Page .6 of 9 the site contract that he City are 1 ADDENDUM NO. 3 Attachment 6_ The Contractor will commence work within ten (10) calendar days from date they receive written work order and will complete same within 300 CALENDAR DAYS after construction is begun. Should Contractor default, Contractor may be liable for liquidated damages as set forth in the Contract Documents. City will pay Contractor in current funds for performance of the contract in accordance with the Contract Documents as the work progresses. Signed in 4 parts at Corpus Christi, Texas on the date shown above. ATTEST: City Secretary APPROVED AS TO LEG FORS By: Asst. City Attorney Services ATTEST: If Corp ation) Q (Seal Below) (Note: If Person signing for corporation is not President, attach copy of authorization to sign) CITY OF CORPUS CHRISTI By: Ang City Mgr. of Public Works and Utilities ,:47L ?4,aD49 Escobar, Interim Asst. By: Kevin Stowers, Interim Director of Engineering CONTRACTOR Big State xca on, Inc. By: Title: •Ws /be /r 15531 KUYKENDAHL, STE.280 (Address) HOUSTON( TX 77090 (City) (State) (ZIP) 281/440 -8500 * 361/767 -7860 (Phone) (Fax) 4,L1111:-.0.2AUTHORIZE, �r Agreement ;�tET Page 2 of 2 P R O P O S A L F O R M F O R WOOD RIVER LIFT STATION UPGRADES AND FORCE MAIN EXTENSION PROJECT NO. 7148 DEPARTMENT OF ENGINEERING SERVICES REVISED PROPOSAL FORM Page 1 of 9 ADDENDUM NO. 3 Attachment 6 1 CITY OF CORPUS CHRISTI, TEXAS P R O P O S A L Place: Date: 5/-7/De Proposal of I '5%f < i �.. ( %(' i (/J-i (,7, 1 y7(. a Corporation organized and existing under the laws of the State of OR • TO: The City of Corpus Christi, Texas Gentlemen: The undersigned hereby proposes to furnish all labor and materials, tools, and necessary equipment, and to perform the work required for: WOOD RIVER LIFT STATION UPGRADES AND FORCE MAIN EXTENSION PROJECT NO. 7148 at the locations set out by the plans and specifications and in strict accordance with the contract documents for the following prices, to- wit: REVISED PROPOSAL FORM Page 2 of 9 ADDENDUM NO. 3 Attachment 6 BID ITEM Al A2 A3 A4 A5 Ii QTY & UNIT 1 LS 1 LS 152 SY 1 LS 140 LF BASE BID PART A- WOOD RIVER LIFT STATION UPGRADE III DESCRIPTION Demolition of existing lift station, per Lump Sum. Site Grading, per Lump Sum. 1 -1/2" HMAC Asphalt Paving, complete in place. per Square Yard. Landscaping, complete in place, per Lump Sum. Construction of 8' HIGH CONCRETE PANEL FENCE, complete in place, per Linear Feet. IV UNIT PRICE IN FIGURES $220co op $ 3000 $ 2 A6 1 LS Lift Station Electrical to include conduit, wiring, motor control center, PCR Building, pump controls and instrumentation, complete in place, per Lump Sum. $ /R5�000� V BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) $ 22000 .00 $ ''4D00.DO $ 3eo .00 $ 4000 Do $ 22400.oQ $1�5)000.00 A7 A8 A9 1 LS 1 LS 1 EA SCADA System to include panel installation, antenna associated PLC and HMI programming, complete in place, per Each. Access Control / Security System including gate, gate operator, and card reader, complete in place, per Lumo Sum. Back -up Generator, complete in place, per Each. $5 /aD CCO 30 oac $ 57DOO.00 $ 30000. oo M00190 .00 Al 0 All Al2 1 EA 1 LS 3 EA Electrical Transformer, complete in place, per Eac . Ultrasonic Flow Measuring Equipment including manhole, meter sensor, meter and conduit, complete in place, per Each. Submersible Wastewater Pump, complete in place, per Each. $ t9 i000e $62c7oa -- $ 0.00 $ 1g D o $ le410oo.00 A13 3 EA Mixed Flush Valve, complete in place, per Each. REVISED PROPOSAL FORM Page 3 of 9 $2 o0 0� $ b400,00 ADDENDUM NO. 3 Attachment 6 'r I II 111 IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM E NSION (QTY X U PRICE IN URES) A14 1 LS Control of Wastewater Flows including bypass pumping operations, flow rerouting, and maintenance of wastewater flows, per Um. Sum. . , $ (�00 • od A15 1 LS Modular Odor Control System lnsta d including concrete slab and ex ,u complete in place, per Lum V $ �� $ 14‘ b�olD, O o 1 A16 1 LS f Site Piping, incl ding s i n • ing along with supports, boll s, wat '- -, and drain lines installed lete in • -ce, per Lumo Sum. $ ISCdO $rJ��•�d A17 1 LS Ele • - • f ork for Odor Control System incl din• - lectrical components and wiring inst- =d, complete in place, per Lumo Sum. $ 50 co $ 5000, 00 B5 A18 LS Allowance for electrical service and coordination with Nueces Electrical Cooperative to include all costs to be paid to provide electrical service upgrade, per Lump Sum. $7.500.00 $7,500.00 ADDENDUM NO. 3 Attachment 6 TOTAL BASE BID A (Items Al through Ale): $ _ q4 b0.Ob BASE BID PART B - WOOD RIVER FORCE MAIN EXTENSION I 11 III IV V BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (One X UNIT PRICE IN FIGURES) B1 LS Mobilization, Demobilization, and Bonds, per Lump Sum. $22003021' $ 2Z.00c 00 B2 1 LS Pre - construction exploratory excavations, per Lump Sum. $ 2.0 000 $ "2-0000. 00 B3 12,850 LF 16" PVC Sanitary Sewer Force Main, complete in place, per Linefr Foot. $ 4L� $ 534% loo , o O B4 Air Release Valve, complete in place, per Each. $ AB G too $ Arrloo .00 B5 2 EA FRP Manhole, complete in place, per Each. $ �` $ �D °1b00.00 REVISED PROPOSAL FORM 1 Page 1 of 9 ADDENDUM NO. 3 Attachment 6 1 11 III IV V w BID ITEM QTY & UNIT DESCRIPTION UNIT PRICE IN FIGURES BID ITEM EXTENSION (QTY X U UR PRICE IN FIGURES) B6 LF Installation of 30" Steel Casing beneath FM 624 by dry- boring method, complete in place, per Linear Foot. 4. $ O ! $ t7..5 i 000 .00 B7 LF Installation of 30" Steel Casing beneath CR 69 by dry- boring method, complete in place, per Linear oot. $ C>� $ Q�rJ� . D O B8 LF Installation of 30" Steel Casing beneath US77 by dry- boring method, complete in place, per Linear Foot. $ 5019 I.° $ Z SGiD. 00 �b B9 LS Installation of 16 "x16 "x10" TEE, including 10" Plug Valve, 6 LF of 10" FM, complete in place, per LumD Sum_ $ sece $ SeCO. oo B10 29 LF 8" PVC Sanitary Sewer (adjacent to FM at Hearn Road), complete in place, per Linear $ ('50 $ 4' 5O ,Q0 Feet. B11 2 EA Rehabilitation of Sanitary Sewer Manhole, complete in place, per Each. $ (7 gCo $ 1 Z 6 Cam, 00 B12 3560 LF Grout Existing 8" Sanitary Sewer Force Main ou #side the TXDOT ROW, complete in place, per Linear Foot $ tei /14 $ Zak Oo B13 2400 LF Remove Existing 8" Sanitary Sewer Force Main, inside the TXDOT ROW, complete in place, per Linear Foot. $ 6`� $ 14400 00 ' B14 LF Remove Existing 24" VCP Sanitary Sewer from STA 126 +00 to 128 +50, complete in place, per Linear Feet. $ 2-z $ 5500. oD B15 12850 50 Trench Safety for Excavations, per Linear Foot. $ 1 .° $ ti 2660, 00 B16 8 Trench Safety for Manholes, per Each. 00 $ SO $ 400 , p O B17 1 LS Traffic Control Measures, per Lump Sum. $ 10000 $ 10 oak GO 618 200 SY Miscellaneous Driveway Repair and Replacement, per Square Yard. $ '��'— $ A(70t0.00 B19 1 LS Allowance for relocation of utilities, complete In place, per Lump Sum. $35,000.00 $35,000.00 TOTAL BASE BID B (Items B1 through B19); Additive Alternative 1 REVISED PROPOSAL, rORM Page 5 of 9 ADDENDUM NO. 3 Attachment 6 I II III IV V BID ITEM QTY & UNIT D SCRI R E IN FIGURES BID ITEM EXTENSION (QTY X UNIT PRICE IN FIGURES) AA -1 12,85 (7 t in lieu of 16" PVC provide 16' anitary Sewer Force Main, complete in place, per Linear Foot. $ 25 °° $ 32 1 1 2.10 0 0 TOTAL ADDITIVE ALTERNATE 1 (Item AA -1): SEPARATE CONTRACTS: BID SUMMARY Z %7.50 00 BASE BID B: (ITEMS B1 through B19): SINGLE CONTRACT: BASE BID A + BASE BID (CO kJ/ BID B + ADD ALT 1: (COMBINED) FD $ - 11227 -.i7o o0 'SPECIAL NOTES TO BIDDERS: 1. Bidder is notified that work for the following bid items may not be required and is NOT authorized until a separate notice to proceed is given by the City for each of the following bid items as required. A18- Allowance for electrical service and coord w/ Nueces Elect Coop B19- Allowance for relocation of utilities There shall be no payment for any work completed on these items prior to the City issuing authorization for that bid item. Also, unit prices provided in the proposal are for allowances and the actual payment shall be based on the scope of work agreed upon between the Contractor and the City prior to work authorizations o f the bid item in question. The undersigned hereby declares that he has visited and has carefully examined the plans, specifications and documents relating to the work covered by his bid or bids, agrees to do the work, and that no representations made by the REVISED PROPOSAL FORM Page 6 of 9 the site contract that he City are ADDENDUM NO. 3 Attachment 6 in any sense a warranty but are mere estimates for the guidance of the Contractor. Upon notification of award of contract, we will within ten (10) calendar days execute the formal contract and will deliver a Performance Bond (as required) for the faithful performance of this contract and a Payment Bond (as required) to insure payment for all labor and materials. The bid bond attached to this proposal, in the amount of 5% of the highest amount bid, is to become the property of the City of Corpus Christi in the event the contract and bonds are not executed within the time above set forth as liquidated damages for the delay and additional work caused thereby. Minority /Minority Business Enterprise Participation: The apparent low bidder shall, within five days of receipt of bids, submit to the City Engineer, in writing, the names and addresses of MBE firms participating in the contract and a description of the work to be performed and its dollar value for bid evaluation purpose. Number of Signed Sets of Documents: The contract and all bonds will be prepared in not less than four counterpart (original signed) sets. Time of Completion: The undersigned agrees to complete Part "A" of the project within Two Hundred Twenty -Five (225) calendar days and Part "B" within Three Hundred calendar days from the date designated by a Work Order. The undersigned further declares that he will provide all necessary tools and apparatus, do all the work and furnish all materials and do everything required to carry out the above mentioned work covered by this proposal, in strict accordance with the contract documents and the requirements pertaining thereto, for the sum or sums above set forth. Receipt ,of the following addenda is acknowledged (addenda number) : 1•1 e 1 4 4 $ (SEAL - IF BIDDER IS a Corporation) Respectfu? l lsubtr}tt ed: Name: JCJ ' Lr J , J/ ii4 S •i-% Address: /553/ P ;tivI d(Ih rc/f r 5& (P.O. Box) (Street) j k usk sn IT 77o C, (City) (State) (Zip) Telephone: 'e, q sic • ACC NOTE: Do not detach bid from other papers. Fill in with ink and submit complete with attached papers. (Revised August 2000} REVISED PROPOSAL FORM 1 ADDENDUM NO. 3 Page 7 of 9 Attachment 6 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF NUECES § BOND NO. SU 1030895 KNOW ALL BY THESE PRESENTS: THAT Big State Excavation, Inc. of HARRIS County, Texas, hereinafter called "Principal ", and Arch Insurance. Company , a corporation organized under the laws of the State of Missouri and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", in the penal sum of ONE MILLION, THREE HUNDRED SEVENTY -TWO THOUSAND, FOUR HUNDRED TWENTY AND 00/100($1,372,420.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 10TH of MAY , 20 08 , a copy of which is hereto attached and made a part hereof, for the construction of: WOOD RIVER LIFT STATION UPGRADES AND FORCE MAIN EXTENSION PROJECT NO. 7148 (TOTAL BASE BID `B': $1,372,420.00) NOW, THEREFORE, if the principal shall faithfully perform said work in accordance with the plans, specifications and contract documents, including any changes, extensions, or guaranties, and if the principal shall repair and /or replace all defects due to faulty materials and /or workmanship that appear within a period of one (1) year from the date of completion and acceptance of improvements by the City, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed on this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Performance Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 18th day of June , 20 08 - PRINCIPAL Big States Excav on, Inc. By: John Cantrell, President (Print Name & Title) ATTE Ovae/e4 11 ,eO Clarice Cantrell, Corporate Secretary (Print Name & Title) SURETY iltaf.fdfi!! Arch Insurance Company u- ..... The Resident Agent of the Surety in Nueces County, Texas, far delivery of notice and service of process is: By: Attorney -in -fact Morris D. Plagens, Jr. (Print Name) Agency: Swantner & Gordon Insurance Contact Person: Howard Cantwell Address: 500 North Shoreline, 12th Floor Corpus Christi,'. TX. 78471 Phone Number: (361) 883 -1711 (NOTE: Date of Performance Bond must not be prior to date of contract) (Revised 3/08)_ Performance Bond Page 2 of 2 STATE OF TEXAS § P A Y M E N T B O N D BOND NO. SU 1030895 KNOW ALL BY THESE PRESENTS: COUNTY OF NUECES § THAT Big State Excavation, Inc. of HARRIS County, Texas, hereinafter called "Principal ", and Arch Insurance Company a corporation organized under the laws of the State of Missouri and duly authorized to do business in the State of Texas, hereinafter called "Surety ", are held and firmly bound unto the City of Corpus Christi, a municipal corporation of Nueces County, Texas, hereinafter called "City ", and unto all persons, firms and corporations supplying labor and materials in prosecution of the work referred to in the attached contract, in the penal sum of ONE MILLION, THREE HUNDRED SEVENTY -TWO THOUSAND, FOUR HUNDRED TWENTY AND 00/100($1,372,420.00) DOLLARS, lawful money of the United States, to be paid in Nueces County, Texas, for the payment of which sum well and truly to be made we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH THAT: Whereas, the principal entered into a certain contract with the City of Corpus Christi, dated the 10TH day MAY , 20 OS , a copy of which is hereto attached and made a part hereof, for the construction of: WOOD RIVER LIFT STATION UPGRADES AND FORCE MAIN EXTENSION PROJECT NO. 7148 (TOTAL BASE BID `B': $1,372,420.00) NOW, THEREFORE, if the principal shall faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and material in the prosecution of the work provided for in said contract and any and all duly authorized modification of said contract that may hereinafter be made, notice of which modification to the surety is hereby expressly waived, then this obligation shall be void; otherwise to remain in full force and effect. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in Nueces County, Texas. And that said surety for value received hereby stipulates that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, drawings, etc., accompanying the same shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. Payment Bond Page 1 of 2 This bond is given to meet the requirements of Article 5160, Vernon's Civil Statutes of Texas, and other applicable statutes of the State of Texas. The terms "Claimant ", "Labor" and "Material ", as used herein are in accordance with and as defined in said Article. The undersigned agent is hereby designated by the Surety herein as the Agent Resident in Nueces County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Art. 7.19 -1, Vernon's Texas Insurance Code. IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 18.th day of June , 20 08 . PRINCIPAL Big State Excav , Inc. By: 1' John Cafitrell, President (Print Name & Title) Clarice Cantrell, . Corporate Secretary (Print Name & Title) SURETY Arch Insurance Company By: Attorney -in -fact Morris D. Plagens, Jr. (Print Name) The Resident Agent of the Surety in Nueces delivery of notice and service of process is: Agency: Swantner & Gordon Insurance Contact Person: Howard Cantwell Address: _ 500 North Shoreline, .12th Floor Corpus Christi, TX 78471 Phone Number: (361) 883 - -1711 (NOTE: Date of Payment Bond must not be prior to date of contract) Payment Bond Page 2 of 2 (Revised 3/08) POWER OF ATTORNEY Know All Men By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City, Missouri (hereinafter referred to as the "Company ") does hereby appoint Kimberly J. Smith, Morris D. Plagens, Jr., Steven W. Berry, Nancy T. Berry and Barbara A. Burcham of Houston, TX (EACH) its true and iawfUl Attorney(sl-in- t=act, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY Is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment ar collection of any promissory note, check, draft tit fetter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance - of. these presents "shall be as binding upon the said Company as fully and amply to att intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Kansas City, Missouit This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on. March. 3, 2003. true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect. "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board; -the President, or any Vice President, or their appointees designated in writing and flied with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. 00ML0013 00 03 03 Page 1 of 2 Printed in U.S.A. CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES P.O. PDX 9277 CORPUS CHRISTI, TEXAS 78469 -9277 RE: Certification of Power of Attorney for P1e`rfor'�mauce and Payment Bonds P�roj cot Name/No. :WOOL T , t vtr (. tt T7 Bh V Y es r,.J rirca Ma. % €A30*o+t Surety Company: AVtt =KSUYatCt Nalyami Gentlemen: ! X, (v' c taei patis (name of Officer of surety), hereby ertify t at the , acsimile power of attorney submitted by O�riS D. rl& etitS ,)t. (Attorney -In -Fact) M for gloq1 S e gicAvAc t 1 lac. _ (Contractorh, a copy Of which is attached to this certificate, is a true and correct copy of the original power of attorney on file in the records of the surety company in its home office, has not been amended or abridged, is still in full force and effect, and said designated agent is currently in good standing with the surety. In the event of cancellation of this power of attorney, the City oi! Corpus Christi shall he notified in writing by certified mail within seven (7) days thereof at the following address: City of Corpus Christi Department of Engineering Services Attn: Contract Administrator P.O. Box 9277 Corpus Christi, Texas 78469 -9277 Signed this I$ day of lint, , 2Dt1 .E. )144:a.A.A. Name : 1n f c.64 e ( g . -Davl s Title: :'A/ P An Sworn and subscribed to, before, one on this 20. as 11. • Laurel D Dodd My Commission Expires %of 11/04/2009 (Revised 9/03) day o Notary Public State of My Commission xpires : /ft 4 /95' ATTACHMENT 1 1 OF 1 POWER OF ATTORNEY Know All Men By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City, Missouri (hereinafter referred to as the "Company") does hereby appoint Kimberly J. Smith, Morris D. Plagens, Jr., Steven W. Berry, Nancy T. Berry and Barbara A. Burcham of Houston, TX (EACH) its true and lawfa Attorney(sJ-ln- Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY Is granted to make, execute, :seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or Letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such .bonds and undertakings in pursuance, of these'presents: shall be as binding upon the said Company as fully and amply to all: intents and purposes, as if the same had been duly executed and acknowledged by Its regularly elected officers at its principal office in Kansas City, MlSsourl This Power of Attorney is executed by authority of resolutions. adopted by unanimous consent of the Board of Directors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any VIce President, or their appointees designated in writing and filed with the Secretary or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact. and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of Indemnity and other wrltinga, obligatory In the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and fled with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. 00ML0013 00 03 03 Page 1 of 2 Printed in U.S.A. ARCH Insurance Company ARCH Surety TEXAS CONSUMER NOTICE IMPORTANT NOTICE To obtain information or make a complaint: You may contact your agent at the telephone number provided on the Declarations page of your policy. You may contact Mike Pete, Surety, Arch Insurance Company, at the toll -free telephone number or address provided below: Arch Insurance Company Attention: Mike Pete 3 Parkway Suite 1500 Philadelphia PA 19102 1- 866- 472 -8845 You may contact the Texas Department of Insurance to obtain information on companies' coverages, rights or complaints at: 1- 800 -252 -3439 You may write the Texas Department of insurance: P.O, Box 149091 Austin, TX. 78714 -9091 FAX# (512) 475 -1771 PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. (Ed. 6/06) Printed in U.S.A. CITY OF CORPUS CHRISTI DISCLOSURE OF INTERESTS City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA ". FIRM NAME e i� S o." cUtliG'! "J STREET: (i AO/kin/4H S/f. )'t CITY: 1401.13/60 ZIP: 7 7C4O FIRM is: 1. Corporation 1.1 2. Partnership 3. Sole Owner 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Job Title and City Department (if known) P10/ 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Title A/oME. 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Board, Commission or Committee XiDiVe 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm ". Name Consultant NOLO._ CERTIFICATE I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi] Texas as changes occur. Certifying Person:, .li a l ti n j (Type or Print) ; Signature of Certifying Person: Title: R$-Si . .i7 i REVISED PROPOSAL PORN Page 8 of 9 Date: 5/ 7 /b' ADDENDUM NO. 3 s Attachment 6 DEFINITIONS a. "Board Member". A member of any board, commission or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Employee ". Any person employed by the City of Corpus Christi, Texas, either on a full or part time basis, but not as an independent contractor. c. "Firm ". Any entity operated for economic gain, whether professional, industrial or commercial and whether established to produce or deal with a product or service, including but not limited to, entities operated In the form of sole proprietorship, as self - employed person, partnership, corporation, joint stock company, joint venture, receivership or trust and entitles which, for purposes of taxation, are treated as non - profit organizations. d. "Official ". The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads and Municipal Court Judges of the City of Corpus Christi, Texas. e. "Ownership Interest ". Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate or holding entity. "Constructively held" refers to holding or control established through voting trusts, proxies or special terms of venture or partnership agreements. f. "Consultant ". Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. REVISED PROPOSAL FORM Page 9 of 9 ADDENDUM NO. 3 Attachment 6